Tender

Connect to Work Programme - Delivery Partner

  • The Mayor and Commonalty and Citizens of the City of London

F02: Contract notice

Notice identifier: 2025/S 000-005622

Procurement identifier (OCID): ocds-h6vhtk-04e358

Published 18 February 2025, 2:45pm



Section one: Contracting authority

one.1) Name and addresses

The Mayor and Commonalty and Citizens of the City of London

City of London Corporation, Guildhall, PO Box 270

London

EC2P 2EJ

Email

loredana.sandu@cityoflondon.gov.uk

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://www.cityoflondon.gov.uk

Buyer's address

https://cityoflondon.ukp.app.jaggaer.com

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://cityoflondon.ukp.app.jaggaer.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://cityoflondon.ukp.app.jaggaer.com

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Connect to Work Programme - Delivery Partner

Reference number

prj_67

two.1.2) Main CPV code

  • 79611000 - Job search services

two.1.3) Type of contract

Services

two.1.4) Short description

The City of London Corporation (the "City") is looking to establish an agreement for the provision of a Delivery Partner on behalf of Central London Forward as part of the Department for Work and Pensions Connect to Work Programme.

The duration of the contract is up to 5 years only.

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79611000 - Job search services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

The Department for Work and Pensions (DWP) is launching Connect to Work programme (formerly known as Universal Support), an employment programme aimed at assisting disabled individuals and unemployed people with complex needs in securing employment.

Central London Forward (CLF), hosted by the City of London Corporation (the "City"), has been appointed as the accountable body for the Connect to Work programme in central London.

CLF is a strategic sub-regional partnership encompassing the local authorities of: Camden Council, City of London Corporation, Hackney Council, Haringey Council, Islington Council, Royal Borough of Kensington and Chelsea, Lambeth Council, Lewisham Council, Southwark Council, Tower Hamlets Council, Wandsworth Council, Westminster City Council.

To effectively deliver the programme in line with DWP requirements, there is a need for a Delivery Partner to undertake the work on behalf of Camden Council, Royal Borough of Kensington and Chelsea, Westminster City Council and partially for Haringey Council and Lambeth Council. The City reserves the right to extend the service in part or in full to the rest of the councils under CLF noted above should the need arise. Equally it reserves the right to reduce the requirement depending on DWP or other factors.

The duration of the agreement is up to 5 years only.

two.2.5) Award criteria

Quality criterion - Name: Technical Envelope / Weighting: 65%

Quality criterion - Name: Responsible Procurement Envelope / Weighting: 15%

Quality criterion - Name: Pass/Fail elements / Weighting: Pass/Fail

Cost criterion - Name: Pass/Fail elements / Weighting: Pass/Fail

Cost criterion - Name: Commercial Envelope / Weighting: 20%

two.2.6) Estimated value

Value excluding VAT: £30,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 March 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

21 March 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

This tendering exercise is being undertaken using the electronic tendering system https://cityoflondon.ukp.app.jaggaer.com. Suppliers will need to register an interest on the system in order to participate and registration is free.

Participants should register as a supplier on the portal using the aforementioned URL/link (if not already), then search for the opportunity titled using the Reference number stated below.

The estimated total value of the contract is stated in sections II.1.5) and II.2.6) of this notice and is exclusive of VAT and for the entire duration together with all potential future needs as described within the tender documents.

The procurement is being run as a one stage process under the open procedure and therefore, if your organisation would like to participate in this tender exercise, it can do so by completing and returning the Qualification Envelope and the Invitation To Tender (ITT) questionnaire which can be found on the City's e-procurement portal at: https://cityoflondon.ukp.app.jaggaer.com with the Reference number: prj_67 or itt_50.

Organisations must submit their completed Qualification Envelope and Invitation to Tender(ITT) questionnaire together with any supporting documents, via the system by the return deadline in order to participate and registration is free. Qualification envelopes and Invitation to Tender(ITT) questionnaires cannot be uploaded after the return deadline.

The contracting authority will not be held accountable for any errors made by an organisation in submitting their applicable Qualification Envelopes and Invitation to Tender (ITT)questionnaires. The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the agreement or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights then it will not be responsible for, or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result. Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators.

The procurement process that will apply to the requirement is specified in the procurement documents accordingly.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

High Court of England and Wales

Royal Courts of Justice, The Strand,

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom